LETTER OF INVITATION
1. INTRODUCTION:
1.1 The Government of India has proposed to make some cities of India as slum free cities by
upgrading the existing slums and preventing new slums by providing physical and social
infrastructure facilities to slum dwellers under the project Rajiv Awas Yojana.
Vijayawada is one of the selected mission cities to make a slum free city. This slum free
city planning scheme will be implemented as per the guide lines of the Ministry of
Housing and urban Poverty Alleviation, Government of India. The project would be
sanctioned by the National Steering Committee under the chairpersonship of the
Secretary, HUPA. A technical committee under the chairpersonship of Mission Director,
RAY will guide the states through the formulation of operational guidelines in technical,
costing, procurement of hardware/ software, planning and other aspects and will assist the
National Steering Committee. Mission for Elimination of Poverty in Municipal Areas
(MEPMA) would act as state level nodal agency for the project. States will be required to
send detailed proposals seeking support under the slum free city planning under Rajiv
Awas Yojana which will be considered by the Central Sanctioning and Monitoring
Committee for RAY. The required sanctions and funds will be released by the Ministry
of Finance/ Housing & Urban Poverty Alleviation.
1.3 The preparation of Detailed Project Report (DPR) for providing/upgrading physical and
social infrastructure facilities in identified slums duly carrying out gap analysis duly
following guidelines of Rajiv Awas Yojana (RAY) is also part of it and VMC invites
Technical and Financial Bids from the short listed consultants. The GIS based Slum Free
City Development Plan with GPS technology and Detailed Project Reports would be
prepared by the consultant. The scrutinized documents by the state level nodal agency
would be apprized before central Screening and Monitoring Committee for approval and
getting funds from the Ministry of HUPA, GOI.
1.4 Preparation of GIS based Slum Free City Development Plan in Vijayawada City under
Rajiv Awas Yojana includes preparation of GIS based town map and slum maps duly
incorporating existing and proposed environmental infrastructure like water supply,
Under Ground Drainage, roads, drains, street lighting etc., and social infrastructure like
urban health centers, schools, community halls, ILCS, community toilets etc., housing
and proposing appropriate development model for housing and infrastructure as per the
guide lines of Ministry of HUPA, Government of India, socio economic survey,
biometric survey and total station survey in slums, preparation of slum MIS and
integration with GIS conceptual design reports for strengthening rehabilitation and
extension of all infrastructure facilities etc., including detailed hydraulic and structural
designs and drawings of each component, detailed specifications of the proposals,
estimates, cost analysis, data and detailed reports about the project and proposed
components with their necessity and O & M cost etc. Proposals for the revenue rise and
to develop a best development model for implementing the projects on prioritization".
1.5 The detailed objectives and scope of work is given in the TOR. The consultant should
fallow specified activity of work in each section of TOR.
1.6 selection criteria has been given in data sheet and the waitage will be given to those
consultants who posses experience in preparation of DPR for improving physical and
social infrastructure in slum areas of major cities and work plan and methodology in
response to the TOR and Qualification and competence of the key staff for the present
assignment.
1.7 The Client has applied loan (Credit) from the Rajiv Awas Yojana, Government of India
in Indian currencies towards the cost of Assignment and intends to apply the proceeds of
this loan (Credit) to eligible payments under the contract for which this LOI is issued.
1.8 The Consultants may obtain Request for Proposals by paying Rs. 10,000/- towards the
cost of Request for Proposals by way of Demand Draft (Non refundable) drawn in favour
of Commissioner, VMC payable at Vijayawada and another Draft for Rs.1030/- in favour
of Commercial Tax Officer, Vijayawada for issue of Request for Proposal.
1.9 The details containing Objectives, scope of work, Terms of Reference, Instructions to the
Consultant and Conditions of Contract, data sheet, technical and financial documents to
be submitted is available in the Request for Proposal for ready reference.
1.10 The original proposal Technical Proposal and Financial Proposal shall contain no
interlineations or overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the proposal must initial such
corrections. Submission of letters for both Technical and Financial Proposals should
respectively be in the format given in Appendix 1 & 2.
1.11 The Consultant shall furnish, Earnest Money Deposit equivalent to Rs. 5.00 Lakhs
(Only) along with Tender documents (in cover ‘A’) in the form of a demand draft
(payable at Vijayawada valid for 6 months) / bank guarantee in favour the Commissioner,
Sincerely,
Sd/- G. YOHAN
CHIEF ENGINEER
MUNICIPAL CORPORATION,
VIJAYAWADA.
PHONE NO. 9866514160
FAX NO. 0866-2424338
Attachments:
1. Terms of Reference
2. Appendix – 1
3. Appendix – 2
1. INTRODUCTION:
1.1 Vijayawada Municipal Corporation, having one million populations has been located on the
banks of river Krishna in Andhra Pradesh. At present there are 109 notified slums
existing in the in a staggered manner. The slum population is about 2,30,000 as per 2011
census. The central Government has proposed to make few vulnerable cities as slum free
cities by improving social and environmental infrastructure and providing new housing
schemes either relocation or in-situ development to the slum dwellers and bringing their
living conditions to the same level that of other developed part of the city. Vijayawada is
one of the selected mission cities to make a slum free city.
1.2 The Ministry of Housing and Urban Poverty Alleviation, Government of India have
issued guide lines for preparing a Slum Free City Development Plan which includes
preparation of GIS based town map and slum maps duly incorporating existing and
proposed environmental infrastructure like water supply, Under Ground Drainage, roads,
drains, street lighting etc., and social infrastructure like urban health centers, schools,
community halls, ILCS, community toilets etc., housing and proposing appropriate
development model for housing and infrastructure as per the guide lines of Ministry of
HUPA, Government of India, socio economic survey in slums, preparation of slum MIS
and integration with GIS conceptual design reports for strengthening rehabilitation and
extension of all infrastructure facilities etc., including detailed hydraulic and structural
designs and drawings of each component, detailed specifications of the proposals,
estimates, cost analysis, data and detailed reports about the project and proposed
components with their necessity etc., and O & M cost etc. Proposals for the revenue rise
and to develop a best development model for implementing the projects on
prioritization".
1.3 The Consultant shall be required to study the details of the RFP document and indicate a
Contract Price for preparation of detailed Project report on slum free city development
plan in VMC. The Contract Price shall comprise the consultancy charges for preparation
of detailed investigation report including surveying, designing, estimating and
preparation of GIS based Slum Free City Development Plan and detailed project report in
prescribed slums in Vijayawada Municipal Corporation area.
1.4 The Consultant shall submit the details and specifications after getting work order
conjunction. The Consultant shall be wholly responsible for all the details of the RFP, the
physical and site conditions, the Consultancy methodology, etc.
1.6 The sum and substance of the RFP shall be owned by the VMC, after the RFP is
submitted. The Consultant shall feed the data to the VMC, which forms the basis of the
RFP, and no claims shall lieu on the basis of the veracity of the specifications in the RFP
Documents. The Consultant's responsibility with regard to verification of physical details
of RFP.
1.7 Consultants are hereby invited to submit a technical and financial proposal for consulting
services required for the Assignment named in the attached Data Sheet (referred to as
"Data Sheet"). The proposal could form the basis for future negotiations and, ultimately,
a contract between the firm and the Client named in the Data Sheet. A brief description of
the Assignment and its objectives are given in the Data Sheet.
1.8 The assignment will be implemented in accordance with the phasing indicated in the Data
Sheet. When the Assignment includes several phases, continuation of services for the
next phase will be subject to satisfactory performance of the previous phases as
determined by the Client.
1.9 To obtain first-hand information on the Assignment and the local conditions, it is
encouraged to pay a visit to the Client before submitting a proposal and attend a pre-
proposal conference if specified in the Data Sheet. Consultant’s representative must meet
the officials named in the Data Sheet. Please ensure that these officials are advised of the
visit in adequate time to allow them to make appropriate arrangements. Consultant must
fully inform themselves of local conditions and take them into account in preparing
proposal.
1.10 The Client will provide the inputs specified in the Data Sheet and will assist the
Consultants in obtaining licenses and permits needed to carry out the services and make
available relevant project data and reports.
1.11 It is to remind that in order to avoid conflict of interest situation: (I) any firm providing
goods, works or services with which Consultants are affiliated or associated is not
eligible to participate in bidding for any goods, works, or services resulting from or
associated with the project of which this Assignment forms a part (other than the services
and any continuation thereof); and (ii) any previous or ongoing participation with the
project under a contract with the National Urban Renewal Mission of your firm, its
professional staff, its affiliates or associates may result in rejection of your proposal. You
should clarify your situation in that respect with the Client before preparing your
proposal.
2.1 This Invitation for RFP, issued by the Commissioner, Vijayawada Municipal Corporation
2.2 Government-owned enterprises in the country may only participate on their own or as
members of a consortium if they are legally and financially autonomous, operate under
commercial law and not dependent agencies of the Government.
2.3 Consultants shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by any Competent Authority in the VMC and in accordance with ITC.
2.4 The consultant should be empanelled with Government of India for preparation of either
CDP or DPR.
2.5 The consultant should have experience in preparing CDP/DPR for improving
environmental and social infrastructure including housing in slum areas of major cities
more than 5 lakh population and approved in GoI.
3. SITE VISIT
3.1 The Consultant, at the Consultant's own responsibility and risk is encouraged to visit and
examine the Site of Works and its surroundings and obtain all information that may be
necessary for preparing the RFP and entering into a Contract for Consultancy. The
Consultant shall be deemed to have inspected and examined the Site and its surroundings
and information available in connection there with and to have satisfied himself before
submitting his RFP. The cost of visiting the site shall be at the Consultant's own expense.
4.1 At any time prior to the deadline for submission of RFP, the VMC may, for any reason,
whether at its own initiative, or in response to a clarification requested by the prospective
Consultant, amend the RFP Documents.
4.2 The amendment will be notified in writing or by cable to all prospective Consultants that
have received the RFP Documents and will be binding on them. Consultants are required
to immediately acknowledge receipt of any such amendment, and it will be assumed that
the Consultant in its RFP will take the information contained there into the account.
4.3 On order to afford prospective consultants reasonable time to take the amendment into
account in preparing their RFP, the VMC may, at its discretion, extend the deadline for
the submission of RFP.
5. DOCUMENTS
6. PREPARATION OF PROPOSAL
The Consultants are requested to submit a technical and a financial proposal. The
proposal shall be written in the language specified in the Data Sheet.
6.1 Technical Proposal:
Consultants are expected to examine all terms and instructions included in the
Documents. Failure to provide all requested information will at Consultants own risk and
may result in rejection of your proposal. During preparation of the technical proposal,
Consultants must give particular attention to the following.
6.1.1 The technical proposal must provide the following information, using, but not limited to
the formats attached in the Appendix-1.
6.1.2 A brief description of the Consultant's organisation and an outline of recent experience on
assignments of a similar nature. The information provided by the Consultants on each
assignment should indicate, inter-alia the profiles of the staff provided, duration, contract
amount and firm involvement.
6.1.3 Any comments or suggestions on the TORs, and a description of the methodology (work-
plan) which the consultant propose to execute the services illustrated with bar charts of
activities, Critical Path Method (CPM) or Program Evaluation Review Technique
(PERT) type graphics.
6.1.4 The composition of the proposed staff team, the tasks would be assigned to each and their
timing. Curricula Vitae (CV) recently signed by the proposed key professional staffer an
authorized manager in the home office. Key information should include years with the
firm, and degree of responsibility held in various assignments during the last ten years.
6.1.5 The consultant should furnish the client list and achievements, which includes the success
stories of the clients and your contribution to particular activity of work.
6.1.6 The consultant should furnish the details of the business models and the best practices
devised to clients and their impacts. The technical proposal must not include any
6.2.1 Financial proposal should be prepared using, but not limited to the formats attached in the
financial proposals must take into account the tax liability, duties, VAT, service tax,
income tax, NAC etc., and other revenant taxes and cost of insurance's specified in the
Data Sheet.
Any RFP received by the VMC after the deadline for submission of RFP prescribed by
the VMC, will be rejected and returned unopened to the Consultant. VMC's Right to
Accept and to Reject RFP. The VMC reserves the right to accept or reject any RFP, and
to annul the RFP process. It also here right to reject all RFPs at any time prior to award of
contract, without thereby incurring any liability to the affected Consultant or Consultants
or any obligation to inform the affected Consultant of grounds for the VMC's action.
6.4 Submission of Proposals
6.4.1 Consultants must submit one Technical Proposal and one Financial Proposal. Each
proposal will be sealed in outer envelope which will bear the address and information
indicated in the Data Sheet. The envelope must be clearly marked:
6.4.2 The technical and financial proposal must be prepared in indelible ink and must be signed
by the authorized representative of the consultants. The letter of authorization must be
confirmed by a written power of attorney accompanying the proposals. The person or
persons signing the proposal must sign all pages of the technical proposal and financial
proposal.
6.4.3 The proposal must contain no inter lineation or overwriting except as necessary to correct
errors made by the consultant themselves, in which case such corrections must be
6.4.5 The Consultants proposal must be valid for the number of days stated in the ITC from the
date of submission during which the Consultants must maintain available the professional
staff proposed for the Assignment. The Client will make its best effort to complete
negotiations at the location stated in the Data Sheet within this period.
6.4.6 The VMC will examine the RFP to determine whether they are complete, whether the
documents have been properly signed and whether the RFP are generally in order. Any
RFP found to be non-responsive for any reason or not meeting the minimum levels of the
performance or other criteria specified in the RFP documents will be rejected by the
VMC and not included for further consideration.
6.5.3 The VMC may, at its discretion, extend this deadline for submission of RFP by amending
the RFP documents in accordance with ITC Clause in which case all rights and
obligations of the VMC and Consultants will thereafter be subject to the deadline as
extended.
2) Financial evaluation: Firms will be ranked using a combined technical and financial
score, as indicated below:
6.7.2 Negotiations will commence with a discussion of your technical proposal, the proposed
methodology (work plan), staffing and suggestions may have made to improve the TOR.
Agreement must then be reached on the final TOR, the staffing and bar charts, which will
indicate activities, staff, periods in the field and in the home office, staff months, logistics
and reporting. Special attention will be paid to optimise the required outputs form the
Consultants within the available budget and to define clearly the inputs required from the
Client to ensure satisfactory implementation of the Assignment. Changes agreed upon
will then be reflected in the financial proposal, using proposed unit rates (no negotiation
of the unit rates, including the man months rates).
6.7.3 Having selected consultant, among other things, on the basis of an evaluation of the
proposed key professional staff, the Client expects to negotiate a contract on the basis of
this staff named in the proposals and, prior to contract negotiations, will require
assurances that this staff will be actually available. The Client will not consider
substitutions during contract negotiations except in cases of unexpected delays in the
6.7.4 The negotiations will be concluded with a review of the draft form of Contract. The
Client and the consultant will finalize the contract to conclude negotiations.
7. NOTIFICATION OF AWARD
7.1 The contract will be awarded after successful Negotiations with the successful
Consultant. If negotiations fail, the Client will invite the Consultant having obtained the
second highest score to contract negotiations. Upon successful completion, the client will
promptly inform the other consultant that their proposals have not been retained and
return their financial proposals unopened.
7.2 The selected Consultant is expected to commence the Assignment on the date and at the
location specified in the Data Sheet. Prior to the expiration of the period of RFP validity,
the VMC will notify the successful Consultant in writing by registered letter or by cable,
to be confirmed in writing by registered letter, that its Second Stage RFP has been
accepted. The notification of award will constitute the formation of the contract, subject
to the furnishing of a performance security in accordance with the provisions of financial
conditions.
8. SIGNING OF CONTRACT AGREEMENT
8.1 AT the same time as the VMC notifies the successful Consultant has been accepted the
VMC will send the Consultant the Contract Agreement provided in the RFP documents,
incorporating all agreements between the parties. Within fifteen (15) days of receipt of
the Contract Agreement, the successful Consultant shall sign consist of the following
parts:
8.2 The Agreement Form;
The General Conditions of Contract: which set forth the relationship between the VMC
and Contractor, their duties and responsibilities and_the precedence relationship between
parts of the Contract.
i) The terms of the reference of Consultancy: which sets out the Scope of Service under
The total time for the study is 45 days. The outputs and reporting requirements are listed
below.
1. Submission of Inception Report (5 copies ) End of 15th Day
2. Submission of Interim Report along with survey End of 25th Day
Report (5 copies)
3. Submission of Draft Final Report (5 Hard copies) End of 35th Day
4. Submission of Final DPR ( 10 Hard Copies ) End of 45th Day
5. Approval from MoHUPA,GoI Subject to CSMC
Meeting
10.1 The Draft Final Report shall be evaluated by an evaluation committee consisting of
i) Review the work carried out by the consultant and the progress of the studies, their
reports and outputs;
ii) Address such issues which need immediate attention and provide proper direction to the
study for its timely completion and fulfillment of the required outputs;
ii) The committee shall also allocate responsibilities and time frame for various functionaries
to be associated with the study from the divisions and circle offices.
10.4 The evaluation committee will meet every week / after the report(s) are submitted by the
consultant, review and take necessary decisions on the applicability / the short comings in the
study report. Wherever required, the committee shall direct the consultants to review and
revise their report and findings. The decision of the evaluation committee shall be final and
binding on the consultants.
12. Settlement of settle amicably all disputes arising out of or in connection with this
contract or the interpretation thereof.
13 FORCE MAJEURE
The failure of a Party to fulfill any of its obligations under the contract shall not be
considered to be a breach of, or default under, this Contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an event
(a) has taken all reasonable precautions, due care and reasonable alternative measures in
order to carry out the terms and conditions of this Contract, and (b) has informed the
other Party as soon as possible about the occurrence of such an event.
13.4 Payments
13.4.1 During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultant shall be entitled to continue to be paid under the terms of
this Contract, as well as to be reimbursed for additional costs reasonably and necessarily
incurred by them during such period for the purposes of the Services and in reactivating
the Service after the end of such period.
13.4.2 The payment schedule may be modified and adopted based on the mutual discussion
between Client and Consultant as per financial bid confirming to ITC causes of RFP.
13.5 Termination
The Client may terminate this Contract in case of the occurrence of any of the events
specified in paragraphs (a) through (f) of this Clause. In such an occurrence the Client
shall give a not less than thirty (30) days’ written notice of termination to the Consultant,
and sixty (60) days’ in the case of the event referred to in (e).
(a) If the Consultant does not remedy a failure in the performance of their obligations
under the Contract, within thirty (30) days after being notified or within any further
period as the Client may have subsequently approved in writing.
(b) If the Consultant becomes insolvent or bankrupt.
(c) If the Consultant, in the judgment of the Client has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
Upon termination of this Contract pursuant to Clauses 13.5.1, the Client shall make the
following payments to the Consultant:
(a) Payment pursuant for Services satisfactorily performed prior to the effective date of
termination;
(b) Eexcept in the case of termination pursuant to paragraphs (a) through (c), and (f) of
Clause GC 13.5.1, reimbursement of any reasonable cost incident to the prompt and
orderly termination of the Contract, including the cost of the return travel of the
Personnel and their eligible dependents.
(c) Consultant has to submit number of sets detailed project reports comprising the
findings on the various studies, structural designs, drawings, Investigation reports and
all necessary inputs with color prints and graphs with soft copies on CDs as
mentioned in the Products.
// t.c.f.b.o //
DATA SHEET
1. PROPOSAL
1.1 Proposal for Consulting Services for "Preparation of GIS based Slum Free City
Development Plan in Vijayawada City under Rajiv Awas Yojana”. The service includes
preparation of GIS based town map and slum maps duly incorporating existing and
proposed environmental infrastructure like water supply, Under Ground Drainage, roads,
drains, street lighting etc., and social infrastructure like urban health centers, schools,
community halls, ILCS, community toilets etc., housing and proposing appropriate
development model for housing and infrastructure as per the guide lines of Ministry of
HUPA, Government of India, socio economic survey, biometric survey and total station
survey in slums, preparation of slum MIS and integration with GIS conceptual design
reports for strengthening rehabilitation and extension of all infrastructure facilities etc.,
including detailed hydraulic and structural designs and drawings of each component,
detailed specifications of the proposals, estimates, cost analysis, data and detailed reports
about the project and proposed components with their necessity etc., and O & M cost etc.
Proposals for the revenue rise and to develop a best development model for implementing
the projects on prioritization".
1.4 Phasing of Assignment : The proposed slums are to be prioritized in 5 phases based
the requirement and vulnerability by preparing some sort
of matrix.
1.5 The Client will provide the following inputs:
The client will provide access to the Consultant through out the period for reference all
available records and data in their possession to assist the Consultant in the execution of
their job. VMC will also assist the consultants in meeting the concern staff members of
the VMC.
The documents enclosed are:
i. Appendix-1 Formats for Technical Proposal;
ii. Appendix-2 Formats for Financial Proposal;
1.8 Taxes: VMC will recover necessary taxes such as Service Tax, Income Tax, NAC,
Value Added Tax (VAT), Sales Tax etc., as per prevailing laws and G.O.s.
1.9 The points given to evaluation criteria are:
While evaluating the technical performance of the consultant and to award the points as
mentioned, the following parameters will be considered.
Total 100
1.10 Experience in Similar Projects, Major Assignments, Efficient and Comprehensive Data
Collection, Planning, Survey, Designing of Schemes, Computer Hardware & Software,
Infrastructure, Experience in GIS maps preparation etc., for experience in this sector.
Financial Turnovers, Understanding of TOR, Quality of Methodology, Work Programme,
Other Factors, Relevant Comments on TOR, Coverage of TOR, Approach to
Assignments, Innovativeness, Organization, Staffing Activities Schedules, Home Office
Support, Presentation Preparations, Usage of Modem Tools and Techniques, Professional
Approach, Proposal for Setting up of Local Office, Usage of Software Packages etc., will
be considered under the work plan and methodology. Education, Experience,
Professional Excellency, Publications, Composition of the Team, Age, Key Staff Patterns
etc., will be considered while rating the competency of key staff for this assignment.
1.11 The lowest financial proposal (Fm) will be given a financial score (Sf) of 100 points.
The financial scores of the proposals will be computed on relative ranking method.
// t.c.f.b.o //
1. PROPOSAL
1.1 TERMS OF REFERENCE (TOR) FOR " Preparation of GIS based Slum Free City
Development Plan in Vijayawada City under Rajiv Awas Yojana. The service includes
preparation of GIS based town map and slum maps duly incorporating existing and
proposed environmental infrastructure like water supply, Under Ground Drainage, roads,
drains, street lighting etc., and social infrastructure like urban health centers, schools,
community halls, ILCS, community toilets etc., housing and proposing appropriate
development model for housing and infrastructure as per the guide lines of Ministry of
HUPA, Government of India, socio economic survey, biometric survey and total station
survey in slums, preparation of slum MIS and integration with GIS conceptual design
reports for strengthening rehabilitation and extension of all infrastructure facilities etc.,
including detailed hydraulic and structural designs and drawings of each component,
detailed specifications of the proposals, estimates, cost analysis, data and detailed reports
about the project and proposed components with their necessity etc., and O & M cost etc.
2. INTRODUCTION:
2.1 Vijayawada Municipal Corporation, having one million populations has been located on
the banks of river Krishna in Andhra Pradesh. The city is bounded by the Indrakiladri
hills on the West and the Budameru River on the North, situated along the Chennai -
Howrah and Chennai - Delhi rail route, this is the largest railway junction of the South
Central Railway. The city forms a part of the Krishna district, and is spread over an area
of 61.88 Sq.Kms. (Urban area), with a population of 10 Lakhs (2005).
The Northern, North-Westem and South-Westem parts of this region are covered by a
low range of hills while the Central, South-Westem and South-Eastern parts are covered
by rich fertile agricultural lands irrigated by left and right canal systems under the
Krishna barrage constructed across the river. The prominent hills in this region are
Kondapalli, Indrakiladri and Mogalrajapuram hills.
2.3.3 Climate:
The climate of Vijayawada is tropical in nature with hot summers and moderate winters.
The months of April to June are the summer months with the temperature ranging from a
minimum of 27@ C to 45@ C. The temperature during winter months ranges from 28@
C to 17@ C. The average humidity ranges from 68 to 80 during summer season. The
annual rainfall in the region is about 965mm and is contributed by the south west
monsoons.
2.3.4 Administration:
SL.
Indicator ULB Slums
No.
1. Location (Longitude / Latitude) 800 37' N NA
160 31' E
2. Area (in Sq. Km.) 61.88 9.27
3. Population
As per 2011 census (Projected) 11,50,000 2,30,000
As per 2001 census 8,45,217 1,69,043
As per 2021 census (Projected) 16,40,630 3,28,126
As per 2031 census (projected) 21,03,240 4,20,648
4. No. of Households 160000 48197
5. No. of Municipal Wards 59
6. No. of Slums
Notified 109 NA
Non-notified 0
3. Objectives:
3.1 Preparation of GIS based Slum Free City Development Plan and Detailed Project Report
in Vijayawada City under Rajiv Awas Yojana. The service includes preparation of GIS
based town map and slum maps duly incorporating existing and proposed environmental
infrastructure like water supply, Under Ground Drainage, roads, drains, street lighting
etc., and social infrastructure like urban health centers, schools, community halls, ILCS,
community toilets etc., housing and proposing appropriate development model for
housing and infrastructure as per the guide lines of Ministry of HUPA, Government of
India, socio economic survey, biometric survey and total station survey in slums,
preparation of slum MIS and integration with GIS conceptual design reports for
strengthening rehabilitation and extension of all infrastructure facilities etc., including
detailed hydraulic and structural designs and drawings of each component, detailed
specifications of the proposals, estimates, cost analysis, data and detailed reports about
the project and proposed components with their necessity etc., and O & M cost etc.
Proposals for the revenue rise and to develop a best development model for implementing
the projects on prioritization.
The Consultant will be supplied all the relevant material connected to the project. The
Consultant is required to study the previous record to obtain complete details of the city
and existing infrastructure and recent developments of environmental and social
infrastructure as well as housing schemes.
4.4 Preparation of Slum MIS and Integration of slum MIS with GIS platform
The integration of spatial data, slum socio-economic and biometric survey information
into slum/city level base maps on GIS platform.
1) The slum and vacant lands would be further classified into sub categories based
on the land ownership information and land value to decide the redevelopment
model to be fallowed.
3) Once slum community decide the best option suited for redevelopment model, the
above the above proposed physical and social infrastructure would be
implemented through selected redevelopment/ rehabilitation model to make the
city as slum free city.
Slum free development plan would emerge after amalgamating all the different
slum redevelopment plans and mechanisms proposed for redevelopment/
rehabilitation of various categories of slums in the city as above.
1) Preparation of appraisal report at state level and central level as per the check list.
Revising the SFCDP duly attending to the remarks raised at state level and central
level nodal agencies and submitting hard and soft copies of final SFCDP and DPR
after approval.
2) The Consultant shall attend appraisal at GoI/ GoAP and clarify the observations at
state and central level nodal agencies.
3) The consultant shall prepare concept plans and Power Point Presentations and
explain the SFCDP and DPR at state and central level nodal agencies.
1) Securing CARTOSAT II/ latest images from NRSC/ISRO and preparation of base
maps for the whole city and its fringes using the image.
2) Identification and inventory of all slums clusters of all descriptions listed by VMC
with the help of satellite image and other available data.
3) Inventory of all possible vacant lands in each zone of the city that could be used
for slum redevelopment/ rehabilitation and infrastructure development purpose.
4) Development of slum map of every slum with in the city and its fringes using
CARTOSAT II images, ground level spatial data collected through total station survey, collation
spatial information with respect to plot boundaries.
6) Conduct of slum survey based on the detailed formats prepared by the Ministry of
Housing & Urban Poverty Alleviation which includes slum socio-economic & Bio-metric
surveys and preparation of slum MIS.
7) Entry of data from slum surveys in MIS application, compilation and collation of
data, preparation of slum wise city slum survey database and base line report.
8) Integration of slum MIS with GIS maps to enable the preparation of GIS based
slum information system which is useful for preparation of slum free city development plan
including foot prints of the Buildings.
10) For each slum identified, slum redevelopment plan to be decided based on models
like PPP development, infrastructure provision only, community based developments through
housing societies etc., as scheduled in guidelines. This decision should necessarily be done with
the involvement of the community. (Refer Annexure-1)
11) After finalizing the slum redevelopment model, the proposed physical and social
infrastructure in all the slum such as housing, water supply, under ground drainage, storm water
drains, roads, electricity, community halls, public toilets, parks, health centers, primary and
secondary schools, markets etc and external infrastructure connectivity’s should be planned and
incorporated in Slum Free City Development Plan.
12) The proposed physical and social infrastructure would be implemented through
selected slum redevelopment model.
13) Preparation of slum free city development plan should be based on the
development plans for all slums and strategies for up gradation of existing slums and prevention
of future slums including reservation of land and housing for urban poor.
14) All the activities in the scope of work should be as per the guidelines of the
Ministry of Housing and Urban Poverty Alleviation, GOI and MEPMA, GOAP.
5.2 Preparation of Detailed Project
Infrastructure improvement:
Housing:
Creating integrated affordable housing stock, including rental housing with the
provisions of civic infrastructure and services on ownership, rental or rental –
purchase basis.
Water Supply:
1) Marking of Water Supply Line alignment, type and size of water supply
line, details of House Service Connections, location of PSPs and size, source
connect point (ELSR / Water Supply Trunk Line) etc. Inventory of existing water
supply distribution as well as feeder mains, their details such as type of pipe,
diameter, number of existing and new HSCs.
2) Superimposing the existing water supply lines on the GIS based city/slum map.
3) Proposing new water supply distribution mains and feeder mains if required and
marking same on the above map.
1) Inventory of existing under ground drainage collection net work along with
trunk mains and pumping mains and location of nearest collection well and STP.
Marking of UGS line alignment, flow direction, type and size of sewer line, Invert
Level of Manholes at nodal points / junctions, Connectivity to lateral/ trunk sewer
line, invert levels of Trunk/Lateral at joining point etc.
2) Superimposing the existing under ground drainage network with all the details of
the pipe line such as type of pipe line, diameter, depth etc, on GIS based city/slum
map.
3) Proposing new under ground drainage collection network as well as trunk
mains/pumping mains to STP and marking same on above map.
3) Proposing new storm water drains in uncovered area with suitable section and
leading to nearest out fall drain and marking the same on the above map.
Roads:
5) Entries of collected data over GIS map and preparation of database of the road
network.
6) Proposing new road profiles and temporary and permanent restoration of roads
wherever the water supply and under ground drainage pipe lines are proposed and
marking the same on GIS map.
Street Lighting:
Exact location of Street Light pole, type of pole, condition pole etc.
Water supply, under ground drainage and storm water drains proposed in the project
should be integrated with overall infrastructure development in the city.
• Retaining walls on hill areas, community halls, Health centers, schools etc for
improving social infrastructure can also be proposed.
• Street lighting.
• Social infrastructure: community halls, primary and secondary schools, health
centers, public toilets, markets, child care centers etc.
The final DPR should be accompanied with detailed report about each slum, detailed
estimates and designs and abstract estimate with standard data sheet and related
drawings.
6.1 Delineation of areas under slums and proposed relocation area including vacant lands
identified and their sustainability for housing the slum dwellers.
2) Land ownership (existing and post-development) of slum areas and the proposed
relocation areas/vacant lands.
3) Land values of slum area (based on land values in the vicinity obtained from
Registration/ Revenue department) and proposed relocation areas.
4) Land use, FSI and other details of the slum areas and the proposed relocation
areas (including any changes proposed in development control regulations to facilitate
slum redevelopment or relocation).
5) Physical and social infrastructure with in the vicinity of slums and proposed
relocation areas including connectivity infrastructure.
6) Shelter – existing status with respect to age, conditions and height of structure and
proposed changes.
7) Tenurial status, analysis of the existing tenurial arrangements between owners and
occupiers, proposed tenurial arrangements including assignment of property rights
11) Measure for preventing future growth of slums – reservation of land for EWS/LIG
in all future housing colonies, undertaking affordable housing in partnership, adopting
slum free city policy, addressing regional and urban planning issues to make the same
inclusive, etc.
13) Institutional frame work for implementation of slum free city plans.
7. PRODUCTS
7.1 All the reports required by this TOR shall provide a neat and clear presentation and
include a detailed "Table of contents" an executive summary of 2 to 10 pages, the main
body of the "text" organized in sections and concentrating on the findings and
recommendation and their justification. Supporting data and analysis shall be contained
in "Annexes" which are referred, as appropriate in the body of text. The reports shall be
illustrated as appropriate with diagrams, sketches, charts, tables, graphs, drawings, maps
to aide comprehension and assimilation of their contents. All paragraphs in the executive
summary, the text and the annexes shall be numbered to facilitate communication as the
contents of the reports. The reports shall be firstly furnished to VMC in a final draft form
and in five copies. Any VMC' comments provided to the consultant with in 30 days shall
be considered by the consultant and the final version furnished to VMC with in further 30
days in required number of copies as the case may as noted above.
7.2 The text of all the reports shall be prepared on a widely used IBM compatible word
processor/ Spreadsheet. When reports are furnished to VMC three copies of the processor
files together with 2 copies of a descriptive memorandum linking these files to the text
shall also be provided to VMC on CD, data base preferable on MS Office later version.
7.3 In summary the reports and products of the work required by this TOR and the required
timing of their being furnished to VMC's as follows:
Cumulative
Sl. Description Time in days No. of
time frame
No for submission
from inception copies
. of reports
in days
1. Preparation of Geo-referenced 5 5 10
Vijayawada City Base Map and Geo
referenced slum maps for 109 slums
and demarcation on town map.
2. Total Station survey, Socio economic 10 15 5
survey and biometric survey and
preparation of slum MIS with survey
data and integration with GIS.
(Available material will be supplied
by VMC). An Inception report
3. Identification of existing 5 20 5
environmental and social
infrastructure, requirement as per
norms and proposal for gap.
Demarcation of existing and proposed
infrastructure in Geo referenced city
map and slum maps.
4. Proposals for housing and selection of 5 25 5
suitable models (Refer Annexure-1)
for relocation and In-situ development
for housing and infrastructure based
on the guide lines of Ministry of
HUPA, GOI. An Interim report
should be submitted.
5. Detailed hydraulic and structural 10 35 5
designs and drawings of each
component, detailed specifications of
the proposals, estimates, cost analysis,
data and detailed reports about the
project and proposed components
with their necessity etc., and O & M
cost etc. Proposals for the revenue
rise and to develop business model for
implementing the projects on
prioritization”. A draft final SFCDP
and DPR should be submitted.
7.4 All deliverables should be prepared as per RAY guide lines modified from time to time.
Any other report of material required by MEPMA as per RAY guide lines should also be
submitted whenever required. The consultant should always be in a position to alter part
of the document or whole as per the directions of the GoAP or GoI. The number of
notified slums given as 109 may exceed and few non notified slums also include in the
SFCDP and DPR. The Client include those additional slums also in the assignment and
the consultant shall make changes in the proposal accordingly.
7.5 Inception report - work plan - The report should include a summary of key data gathered.
The detailed work plan shall include detailed "Time-Task-Schedule" charts listing all the
tasks and showing estimates by task of both the staff - Time input by both consultant and
counterpart staff and the time requirement for task completion in bar chart format and
also include supporting test describing the basis for the program.
7.6 Quarterly Progress Reports shall:
(i) Review the work of the preceding three month period in relation to the Work
Plan, including the conduct of liaison as required by above para;
(ii) Identify any constraints to progress or full effectiveness of the work done and
recommend measures for their alleviation; and
(iii) Present an outline of the work planned to be done during the subsequent three
month period with reference to the Work Plan.
8.1 VMC has to provide to the consultant access to the records, maps, drawings, reports and
other technical data in their possession to assist the consultant in the execution of the
work. The consultant shall review the existing reports and data. Information material
borrowed by the consultant shall remain the property of VMC and shall be provided by
VMC solely for the purpose of the work to be done under this TOR. All such borrowed
material shall be returned to VMC. The consultant himself through field survey and
investigation shall collect a part from data/information provided by VMC, any other
data/information required for completion of the studies.
8.2 Except as noted in paras above, the consultant shall be solely responsible for the supply
of all personnel and all materials, equipment, supplies, office accommodation for both his
own and counterpart staff, office services, computers and accessories, and transport to
complete the work required by this TOR.
// t.c.f.b.o //
TECHNICAL PROPOSAL
From: To:
Sir,
Sub: Consulting Services towards Preparation of GIS based Slum Free City
Development Plan in Vijayawada City under Rajiv Awas Yojana. The service
includes preparation of GIS based town map and slum maps duly incorporating
existing and proposed environmental infrastructure like water supply, Under
Yours faithfully,
Signature:____________
Full Name: ____________
Designation: ____________
Address: ____________
____________
____________
(Authorized Representative)
Name and Details of Applicant and its representative authorized to file this EOI:
Full Name
Designation
Name of
Organization
Address
Phones
Fax
Mobile
APPROACH ON METHODOLOGY
PROPOSED FOR PERFORMING THE ASSIGNMENT
--------------------------------------------------------------------------------------------------------------------
-
Proposed
Position:____________________________________________________________________
Name of Firm :_______________________________________________________________
Name of Staff:_______________________________________________________________
Profession:__________________________________________________________________
Date of Birth:________________________________________________________________
Years with firm: __________________________ Nationality: _________________________
Membership of Professional Societies:____________________________________________
Languages:
(Indicate proficiency in speaking, reading and writing of each language by "excellent",
"good", "fair, or "poor")
Certification:
I, the undersigned, certify to the best of my knowledge and belief, this biodata correctly
describes myself, my qualifications and my experience.
___________________ Date:____________________________________________________
Signature of Staff Member Day/Month/Year
or Authorized Official from the firm
WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL
DAYS (in the form of Bar Chart)
S.No Name Position Reports 1-5 6-10 11- 16- 21- 26- 31- 36- 41- Number
Due/Activities Days Days 15 20 25 30 35 40 45 of Days
Days Days Days Days Days Days Days
Reports Due:
Duration:
2. Support Staff
Field Investigation
Item of
Sl.No Work/ Day wise Program (in form of Bar Chart)
Activities
1-5 6-10 11-15 16-20 21-25 26-30 31-35 36-40 41-45
1. Days Days Days Days Days Days Days Days Days
2.
3.
4.
Reports: Programme:
1 Inception Report
2 Interim Report
3 Draft Report
4 Final Report
Sd/- G. Yohan
CHIEF ENGINEER
MUNICIPAL CORPORATION,
VIJAYAWADA.
// t.c.f.b.o //
FROM: TO:
Sir,
Sub: Consulting Services towards Preparation of GIS based Slum Free City
Reg:-
Yours faithfully,
Signature:
Full Name
Designation ________
Address ___________
(Authorized Representative)
Sd/- G. Yohan
CHIEF ENGINEER
MUNICIPAL CORPORATION,
VIJAYAWADA.
// t.c.f.b.o //